SOURCES SOUGHT
D -- Information Communications Technology (ICT) Support Services - Afghanistan
- Notice Date
- 4/28/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- E200325
- Archive Date
- 5/25/2010
- Point of Contact
- Lisa A Kraft, Phone: 618-229-9632
- E-Mail Address
-
lisa.kraft@disa.mil
(lisa.kraft@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Defense Information Systems Agency (DISA) Information Communications Technology (ICT) Support Services - Afghanistan Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: The Defense Information Systems Agency (DISA), Global Information Grid Operations Directorate (GO), is conducting this Request for Information (RFI) as market research to determine sources with CORE competencies and demonstrated experience to provide experienced personnel with Information and Communications Technology (ICT) technical skills to provide detailed planning support for the identification of end-to-end ICT requirements, development of effective and efficient solutions, architectural integration and interoperability necessary to enable the command/control, information/intelligence and collaboration/planning needs of all USCENTCOM stabilization and "long war" missions. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541712, and the size standard is 1500 employees. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from all sources. Vendors are strongly encouraged to provide responses to this RFI, in order to assist DISA in determining the potential levels of interest, competition and technical capability to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract plan and/or small business goal percentages. Also, this Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners are encouraged. Requested Information: The contractor shall furnish the necessary experienced personnel with ICT expertise required to provide senior technical integration support to the United States Forces - Afghanistan (USFOR-A) J6 planning staff for analysis and assessment of the "as is" USFOR-A ICT architecture, and for assistance in planning and course of action development for the "to be" ICT architecture required for stabilization and "long war" support. This is a joint integration effort and has reached a surge point in technical expertise needed to refine stabilization end-to-end planning, integration and implementation. This contractor support team will be organized with a primary forward support element in Afghanistan and Bahrain and a reach back support element in MacDill AFB, and CONUS. To meet Department of Defense (DoD)/USCENTCOM objectives this mission requires coordination in all phases of requirement definition, planning, and execution with a host of partners: Department of State (DoS)/United States Agency for International Development (USAID), Afghanistan Ministries, Regional/community stakeholders and commercial enterprises. The technical support team will provide Theater NetOps Center (TNC) support, logistician support, administrative support, analysis support, modeling, integration planning, and coordination support on efforts ranging from facilitating TNC support, infrastructure documentation, architecture development, acquisition strategy development, synchronized implementation planning, governance, supporting fiber network, and policy facilitation documentation. Courses of actions will consider all sources: government and commercial. This is an Overseas Contingencies Operations (OCO) effort for the USCENTCOM, involving ICT development, infrastructure design, systems integration, and other related ICT technical services and implementation for both stabilization and security force missions. Additional Information: The work will take place in the following locations: Kabul, Afghanistan Bahrain Tampa, Florida Washington D.C. Metropolitan area Other locations in or around Southwest Asia (Afghanistan), as required (and within DISA contractor support security guidelines) The Government will provide office space, desktop computer and facility support in Afghanistan, Washington D.C, Tampa, and Bahrain government offices. Security : Please note that personnel will be required to have at a minimum a SECRET security clearance in accordance with DOD 5220.22-M at contract award. Responses : All responses are limited to 5 pages (excluding the cover page), using a Microsoft Word format (i.e., 1 inch margins, Times New Roman 12 font). The responses should specifically describe the contractor's ability to meet the requirements outlined in the RFI. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Please include company's name, point of contact, address, email address, phone number, DUNS number, CAGE Code, and identification of business status. This notice is to identify all qualified sources in the market for planning purposes only. Questions to the RFI must be submitted via email to Kevin Wolfe via email at kevin.wolfe@disa.mil. Responses to this RFI are to be submitted to Kevin Wolfe via e-mail at kevin.wolfe@disa.mil and RECEIVED by 1:00 pm (est.) on May 10, 2010. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI/SOURCES SOUGHT OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned nor will the Government confirm receipt of the RFI response. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. All government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/E200325/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02134809-W 20100430/100428235248-a4e57082a20a2eba465b7038942a8a1c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |